Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

Z -- Approach Roadway Replacement, Phiase I, Summit Bridge Inland Waterway Delaware River to Chesapeake Bay, Delaware and Maryland.

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-07-B-0016
 
Response Due
9/5/2007
 
Archive Date
11/4/2007
 
Small Business Set-Aside
N/A
 
Description
The contract consists of replacement of the Summit Bridge approach roadway. (a) Contract may include a base contract and two options. (b) Base work includes the replacement of the southbound lanes on the north side of the Summit Bridge between Statio ns 111+93.12 and 128+46. Work will include but is not limited to the following: Remove existing bituminous asphalt roadway topping; Remove and replace concrete roadway slab, bituminous shoulder, curbs, median curbing, guardrail, inlets and grates; Install underdrain system, geotextile, aggregate subbase, drainage layer base, and riprap to protect drainage ditch. (c) Option 1 work includes the replacement of the southbound lanes on the south side of the Summit Bridge between Stations 67+60 and 91+75. Wor k will include but is not limited to the following: Remove existing bituminous asphalt roadway topping; Remove and replace concrete roadway slab, bituminous shoulder, curbs, median curbing, guardrail, inlets and grates; Install underdrain system, geotextil e, aggregate subbase, drainage and layer base. (d) Option 2 work includes the replacement of the southbound lanes on the north side of the Summit Bridge between Stations 128+00 and 157+50. Work will include but is not limited to the following: Remove existing bituminous asphalt roadway topping; Remove and replace concrete roadway slab, concrete shoulder, curbs, median curbing, and guardrail; Install underdrain system, geotextile, aggregate subbase, drainage and layer base. (e) Provide all traffic control in accordance with a Contractor-prepared, DelDO T approved, traffic control plan for the Base and both Options. Solicitation Number W912BU-07-B-0016 will be issued on or about 6 August 2007 with a bid opening date on or about 5 September 2007. Estimated cost range of the project is $5,000,000.00 to $1 0,000,000.00. The NAICS Code for this project is 237310 (Sic Code 1622) with a size standard of $31 million. Solicitation documents, plans and specifications will only be available via the Federal Technical Data Solution (FedTeDS) homepage located at htt ps://www.fedteds.gov/. Registration for plans and specifications should be made via FedTeDS Internet homepage and hard copies will not be available. No written or fax requests will be accepted. All prospective contractors and their subcontractors and su ppliers must be registered in FedTeDS before they will be allowed to download solicitation documents/information. FedTeDS registration requires the following information: CCR Marketing Partner Identification Number (MPIN), DUNS Number or CAGE Code, Telep hone Number, E-mail Address. Registration instructions can be found on the FedTeDS website: https://www.fedteds.gov/ by clicking on Register With FedTeDS hyperlink. It is the contractors responsibility to monitor FedTeDS for any amendments. Also, contr actors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 o r by accessing the following Internet website: http://vets.dol.gov/vets100. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction a nd bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award of the c ontract will be made as a whole to the lowest responsive and responsible bidder. This procurement is unrestricted.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01347116-W 20070721/070720002048 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.